Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 24, 2008 FBO #2524
DOCUMENT

59 -- Integrated Audio Visual Presentation Systems at DHS in Centennial, Colorado. - Attachment D, Drawings

Notice Date
10/22/2008
 
Notice Type
Attachment D, Drawings
 
NAICS
454111 — Electronic Shopping
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), Federal Technology Service (8T), Denver Federal Center, Bldg. 41, Denver, Colorado, 80225
 
ZIP Code
80225
 
Solicitation Number
09RT0006
 
Archive Date
11/14/2008
 
Point of Contact
Shana L. Budd,, Phone: (303) 236-7374, Stephen P. Nichols,, Phone: 303-236-7338
 
E-Mail Address
shana.budd@gsa.gov, stephen.nichols@gsa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
SECTION A - COMBINED SYNOPSIS AND SOLICITATION INFORMATION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quote (RFQ) against Solicitation Number 09-RT-0006 for equipping four conference rooms with integrated audio visual presentation systems at Department of Homeland Security, Centennial, Colorado. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-27-1, effective on September 17, 2008. This requirement is set aside for small businesses under NAICS code 454111 and small business size standard of $23,000,000.00. All interested and qualified small business sources are encouraged to submit a quote which will be considered by the agency. Qualified contractors will be experts in audio visual systems integration and installation of presentation systems. Quotes are due no later than 11:00 PM on October 30, 2008. Quotes may be sent by electronic attachment to email at shana.budd@gsa.gov or fax to Shana Budd at (303) 236-6000. The deadline for submitting questions is October 28, 2008 at 11:00 PM. Answers will be posted in FedBizOpps for viewing by all interested parties. Address all questions to Shana Budd, Contract Specialist, 303-236-7374 or email shana.budd@gsa.gov. TABLE OF CONTENTS SECTION A - COMBINED SYNOPSIS AND SOLICITATION INFORMATION SECTION B - SERVICES AND PRICES SECTION C - DESCRIPTION OF SERVICES/STATEMENT OF WORK SECTION D - PACKAGING AND MARKINGS SECTION E - INSPECTION AND ACCEPTANCE SECTION F - DELIVERABLES OR PERFORMANCE SECTION G - CONTRACT ADMINISTRATION SECTION H - SPECIAL CONTRACT REQUIREMENTS SECTION I - CONTRACT CLAUSES SECTION J - LIST OF ATTACHMENTS SECTION K - CERTIFICATIONS AND REPRESENTATIONS SECTION L - REQUEST FOR QUOTE/PROPOSAL INSTRUCTIONS SECTION M - EVALUATION FACTORS FOR AWARD ATTACHMENT A: Wage Determination No. 2005-2081, Revision 6 ATTACHMENT B: Davis Bacon General Decision No. CO20070002 ATTACHMENT C: 52.212-5 Contract Terms and Conditions Required to implement Statutes or Executive Orders - Commercial Items ATTACHMENT D: Drawings of Conference Room Areas. This is a separate document. SECTION B - SERVICES AND PRICES B.1 GENERAL DESCRIPTION This Request for Quote is for a Firm Fixed Price (FFP), purchase order to provide purchase and installation of current technological conference room presentation systems. The work shall be performed in accordance with the terms and conditions in this RFQ and the subsequent contract. The contractor shall be responsible for performing all of the activities as described in Section C: Description of Services/Statement of Work (SOW). This procurement is a total small business set-aside. B.2 SERVICES AND PRICES/COSTS Provide a price quote to accomplish the deliverables in Section C: CLIN 0001: Ceremony Room Room Number: 303 Complete Presentation System in accordance with the SOW. Quote Firm Fixed Price (FFP) FOB: Destination QTY=1. UNIT=JOB. UNIT PRICE=_______________ CLIN 0002: Training Room Room Number: 306 Complete Presentation System in accordance with the SOW. Quote Firm Fixed Price (FFP) FOB: Destination QTY=1. UNIT=JOB. UNIT PRICE=_______________ CLIN 0003: District Director's Conference Room Room Number: 323 Complete Presentation System in accordance with the SOW. Quote Firm Fixed Price (FFP) FOB: Destination QTY=1. UNIT=JOB. UNIT PRICE=_______________ CLIN 0004: Video Conference Room Room Number: 211 Complete Presentation System in accordance with the SOW. Quote Firm Fixed Price (FFP) FOB: Destination QTY=1. UNIT=JOB. UNIT PRICE=_______________ B.3 SERVICE CONTRACT ACT The Service Contract Act is applicable to the work to be performed under this purchase order. Wage Determination No. 2005-2081, Revision 6 is attached to this document and titled, ATTACHMENT A. B.4 DAVIS BACON WAGE DETERMINATION The Davis Bacon Act wage determination may be applicable to the work to be performed under this purchase order. General Decision No. CO20070002 is attached to this document and titled, ATTACHMENT B. SECTION C - DESCRIPTION OF SERVICES/STATEMENT OF WORK (SOW) Technical Action Officer: Christopher Weishaar Organization: Department of Homeland Security U.S. Citizenship and Immigration Services Address: 70 Kimball Ave. South Burlington, VT 05403 Phone Number: 802.872.4114 Fax Number: 802.951.6436 E-Mail Address: Christopher.weishaar@dhs.gov PURCHASE ORDER TITLE: CONFERENCE ROOM PRESENTATION SYSTEMS FOR DHS C.1 SCOPE The Contractor shall provide all necessary labor, equipment, and materials to install, integrate, and test conference room A/V equipment and presentation systems. Work should include clean up of the specified conference rooms after installation of systems. Contractor to provide basic overview training to key staff members on usage of systems. C.2 BACKGROUND This Request for Quote is in support of equipping four (4) rooms for the U.S. Citizenship and Immigration Services (USCIS), Denver District Office Building, located in Centennial, Colorado. This is a new building which is currently under construction. The four conference rooms will need to be equipped with present day technological presentation systems. The following information identifies the conference rooms to be updated: Room Number and Room Name 303: Ceremony Room 306: Training Room 323: DD's Conference Room 211: Video Conference Room C.3 DESCRIPTION OF SERVICES/STATEMENT OF WORK (SOW) Individual Room Requirements: CLIN 0001: Ceremony Room (#303) Projector Requirements · This room requires one ceiling mounted LCD projector. · Projector must provide enough lumens to overcome lighting in room. · Equipment will project onto 8 foot motorized screen in front of the room. · Motorized screen already exists on wall switch in front of the room. Sound Requirements · This room requires a sound system. · System is to have 8 speakers in room and a mixer/amplifier. · Currently there is no sound system in the room. · Surround Sound is not necessary. · Provide one wireless microphone. · Sound system needs connections for auxiliary devices such as: PC/laptop audio, television audio, and DVD/VCR audio. DVD/VCR Player Requirements · Room needs one DVD/VCR player. · Contractor to supply DVD/VCR player and shelf. · DVD/VCR player must be integrated through the projector. PC/Laptop Requirements · Room will have one permanent, government supplied, PC (stored in A/V closet). · Presenters should also be able to use their own laptops. · Add one wall plate, in the A/V closet, with VGA & stereo audio connections for the PC. · Add one wall plate with VGA & stereo audio connections for laptop in front of Ceremony room. Control Panel Requirements · One wall mounted push button control panel needed. Misc. Requirements · Currently there is a large A/V closet adjacent to the Ceremony Room. · The equipment rack will be kept in this room. CLIN 0002: Training Room (#306) Projector Requirements · This room requires one ceiling mounted LCD projector. · Projector must provide enough lumens to overcome lighting in room. · Equipment will project onto 8 foot motorized screen in front of the room. · Motorized screen already exists on wall switch in front of the room. Sound Requirements · This room requires a sound system. · System is to have 4 speakers in room and a mixer/amplifier. · Currently there is no sound system in the room. · Surround Sound is not necessary. · Provide one wireless microphone (lavalier). · Sound system needs connections for auxiliary devices such as: PC/laptop audio, television audio, and DVD/VCR audio. DVD/VCR Player Requirements · Room needs one DVD/VCR player. · Contractor to supply DVD/VCR player and shelf. · DVD/VCR player must be integrated through the projector. PC/Laptop Requirements · Room will have one permanent, government supplied, PC connected by one wall plate with VGA & stereo audio connections in front of room. Control Panel Requirements · One wall mounted push button control panel needed. CLIN 0003: District Director's Conference Room (#323) Projector Requirements · This room requires one ceiling mounted LCD projector. · Projector must provide enough lumens to overcome lighting in room. · Contractor to make use of existing motorized screen. Control Panel Requirements · Simple wall plate needed for switching between inputs. Misc. Requirements · Provide VGA connection at conference table. CLIN 0004: Video Conference Room (#211) Projector Requirements · This room requires one ceiling mounted LCD projector. · Projector must provide enough lumens to overcome lighting in room. · Contractor to make use of existing motorized screen. Control Panel Requirements · Simple wall plate needed for switching between inputs. Misc. Requirements · Provide VGA connection at conference table. C.4 DRAWINGS There will not be a prebid site visit for this requirement. Offerors shall use the attached drawings to assist them in establishing their quotes. Drawings are downloadable from FedBizOpps. The Attachment is titled, Attachment D, Drawings. C.5 GENERAL INSTALLATION REQUIREMENTS · In rooms with a center table, computer connections for digital projectors will be extended to the table as unobtrusively as possible. · Audio and video connections to digital projectors from different components (VTC, TV, Computer) will be via a switchbox. · Hardware must be compatible, interchangeable, and possess a minimum four year lifecycle. · Schematics must be supplied to the Government after installation. C.6 DIGITAL PROJECTORS SHALL MEET THE FOLLOWING SPECIFICATIONS: · Native resolution: XGA 1024 x 768; maximum resolution: UXGA 1600 x 1200 · Minimum light output 30800 ANSI lumens · Contrast ratio: 600:1 · Video inputs for computer, DVD and HD TV · SD/HD Video Signal compatibility: 1080i, 720p, 576p, 576i, 480p, 480i · Manual/automatic keystone correction · Lamp life: 2000 hours normal · Ceiling mountable · Three year warranty · Networkable with a wired LAN connection using integrated RJ45. C.7 ADDITIONAL SUPPORTING INFORMATION Building Data · Building is pre cast concrete. · Distance from dropped ceiling to bottom of twin T is 36". · Distance from dropped ceiling to bottom of deck is 54". Square Footage (approximate): · 3,000 sf: Ceremony Room · 500 sf: Training Room · 300 sf: District Directors Conference Room · 300 sf: Video Conference Room A/V Project Phases The Contractor shall complete the A/V project in two (2) phases: · A/V Phase I: While the building is under construction, the A/V contractor shall "rough-in" the A/V project's mounts, cables and switches. · A/V Phase II: Once the building is substantially complete, the A/V contractor will install all of the A/V equipment and provide basic training. See Section F.1 for dates of performance. C.8 EXTRA DUTIES There shall be no changes in the work performed without the express permission of US Citizenship and Immigration Services (USCIS) representative in coordination with the Contracting Officer. All change orders to work must be in writing with costs agreed to in advance. Further, the Contractor agrees to consult with the USCIS representative on an as-needed basis concerning modifications that may be required. After contract award, the Contractor shall coordinate access for performance of services with the Technical Action Officer. Primary Point of Contact: Christopher Weishaar (802) 872-4114 christopher.weishaar@dhs.gov Secondary Point of Contact: Robert Mather (303) 371-0727 robert.mather1@dhs.gov C.9 GOVERNMENT & CONTRACTOR FURNISHED FACILITIES, SUPPLIES, & SERVICES The Contractor shall supply all labor, management, transportation, materials, apparatus, tools, and permits necessary to accomplish all tasks described above. The Government retains possession and control of Government-owned property throughout this contract. C.10 INSURANCE/LICENSING The Contractor shall accept all liability to bodily injury to himself, his personnel or to third parties which might happen in the performance of their contract. Also, the contractor understands and agrees that he alone is responsible for the Worker's Compensation Insurance of his employees. Proof of insurance may be required. Contractor shall use licensed electricians where required by law. C.11 SITES - PLACE OF PERFORMANCE The place of performance is U.S. Citizenship and Immigration Services, Denver District Office, 12474 East Weaver Place, Centennial, Colorado 80111 C.12 HOURS OF OPERATION All work will be accomplished Monday through Friday, 6 AM - 5 PM unless otherwise coordinated. The Contractor shall coordinate with the Technical Action Officer for all duty scheduling. C.13 SECURITY GOVERNMENT-PROVIDED ESCORT: USCIS will provide escort personnel for work to be completed onsite under this contract. C.14 GENERAL REQUIREMENTS PROTECTION OF GOVERNMENT PROPERTY: The Contractor shall provide protection to Government property to prevent damage during the period of time the property is under the control or possession of the Contractor. LOCAL SAFETY REQUIREMENTS: The Contractor shall comply with all local safety requirements implemented at the installation where the work is to be accomplished provided that they do not conflict with the requirements of this Section. If conflicts arise, they shall be referred to the Contracting Officer for resolution. SUBCONTRACTORS: The Contractor shall include a clause in all subcontractor agreements to comply with the safety provisions of this contract as applicable. ACCIDENT/INCIDENT REPORTING AND INVESTIGATIONS: The Contractor shall record and submit promptly to the Technical Action Officer all available facts relating to each instance of accidental damage to Government property or injury to either Government or Contractor personnel. The Contractor shall not perform any work on the damaged equipment/property until released by an authorized Government representative. If the Government elects to conduct an investigation of the accident, the Contractor shall cooperate fully and assist the Government personnel until the investigation is completed. SECTION D - PACKAGING AND MARKINGS (There are no contract provisions or clauses in this Section.) SECTION E - INSPECTION AND ACCEPTANCE Inspection and acceptance of all work performed under this purchase order shall be performed at the USCIS location by the Technical Action Officer or a delegated representative. The subject representative will accept, reject, or require correction of deliverables. All deliverables will be inspected for conformance to the terms and conditions in the SOW. The contractor agrees that the GSA Contracting Officer shall be the final and absolute authority on the sufficiency, completeness, and acceptability of all services performed on the property. SECTION F - DELIVERABLES OR PERFORMANCE F.1 PERIOD OF PERFORMANCE The A/V contractor shall complete the A/V project in two phases as described in Section C.5 of this document. A/V Phase I: The A/V contractor shall begin Phase I as soon as possible after date of contract award. Completion of A/V Phase I shall occur no later than 20 calendar days after date of contract award. Estimated date of award is November 6, 2008. A/V Phase II: The A/V contractor shall begin Phase II as soon as possible once the building construction is substantially complete. Completion of A/V Phase II shall occur no later than 30 days after the A/V contractor begins A/V Phase II. Estimated date that building construction will be substantially complete is March 1, 2009. F.2 DELIVERABLES See section C. F.3 NOTICE REGARDING LATE DELIVERY The contractor shall notify the Contracting Officer or the Technical Action Officer as soon as it becomes apparent to the contractor that a scheduled delivery will be late. The contractor shall include in the notification the rationale for late delivery, the expected date for the delivery and the project impact of the late delivery. The government representative will review the new schedule and provide guidance to the contractor via a contract modification. Such notification in no way limits the Government's right to any and all rights and remedies up to and including termination. SECTION G - CONTRACT ADMINISTRATION DATA G.1 INVOICE SUBMISSION The contractor is to submit invoices in accordance with paragraph (g) of FAR 52.212-4, Contract Terms and Conditions-Commercial Items. Billing and payment shall be accomplished in accordance with the contract. Failure to comply with these procedures may result in a delay in payment. Invoices are to be sent to: Greater Southwest Finance Center 299X PO Box 17181 (7BCPK) Ft. Worth, TX 76102-7181 Invoices may also be submitted electronically through the Southwest Finance Center website (www.finance.gsa.gov). The website provides registration instructions. G.2 INVOICE REQUIREMENTS GSAM 552.232-70-Invoice Requirements. Requests for Payments shall be submitted in accordance with the format contained in this clause to be considered proper for payment: (a) Invoices shall be submitted in an original only, unless otherwise specified, to the designated billing office specified in this order. (b) Invoices must include the Accounting Control Transaction (ACT) number provided on the order. (c) In addition to the requirements for a proper invoice specified in the Prompt Payment clause of this order, the following information or documentation must be submitted with each invoice: Contract Number: 09RT0006 ITSS Project Number: 09RT0006 Project Title: Conference Room Presentation Systems for DHS ACT number: TBD G.3 CONTRACT ADMINISTRATION POINT OF CONTACT Shana Budd, Contract Specialist, 303-236-7374, shana.budd@gsa.gov Denver Federal Center, Building 41, Room 145 Denver, CO 80225 Responsibility for contracting activities rests solely with the Government Contracting Officer. No conversation, recommendations, or direction, whether given directly by, or implied by Government personnel, that will affect the scope, schedule, or price of the program covered by this order, shall be acted upon by the contractor unless specifically approved by the Government Contracting Officer. Separate agreements or contracts, either verbal or written, are strictly prohibited under this purchase order. The Contracting Officer is to be contacted immediately if any such issues arise under this task order. G.4 CONTRACTING OFFICER REPRESENTATIVE (COR) The Contracting Officer may assign a COR to the purchase order. The COR is responsible for monitoring technical performance under the purchase order (or delegating this task to the Technical Action Officer); and supporting the GSA Contracting Officer. The COR has no express or apparent authority under the contract to make commitments for the Government or authorize changes to the contract terms and conditions. The COR may be designated in writing after award. G.5 PERSONAL SERVICES This purchase order is not being used to procure personal services prohibited by FAR Part 37.104. G.6 SECTION 508 REQUIREMENT All Electronic and Information Technology (EIT) procured through this task must meet the applicable accessibility standards at 36 CFR 1194, unless an agency exception to this requirement exists. 36 CFR 1197 implements Section 508 of the Rehabilitation Act of 1973, as amended, and is viewable at http://accessboard.gov/sec508/508standards.html. SECTION H - SPECIAL CONTRACT REQUIREMENTS (There are no contract provisions or clauses in this Section.) SECTION I - CONTRACT CLAUSES · FAR 52.252-2 Clauses Incorporated By Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses: FAR clauses: http://www.acqnet.gov/far/loadmainre.html, GSAR clauses: http://farsite.hill.af.mil/vffar1.htm The following clauses and provisions are incorporated by reference: · GSAR 552.212-71 Contract Terms and Conditions Applicable to GSA Acquisition of Commercial Items (Jul 2003) (FCI Deviation - Dec 1997). The Contractor agrees to comply with any provision or clause that is incorporated herein by reference to implement agency policy applicable to acquisition of commercial items or components. The provision or clause in effect based on the applicable regulation cited on the date the solicitation is issued applies unless otherwise stated herein. · GSAR 552.229-70 Federal, State, and Local Taxes · GSAR 552.232-78 Payment Information. FAR 52.212-4 Contract Terms and Conditions - Commercial Items. · FAR 52.217-6 Option for Increased Quantity · FAR 52.222-46 Statement of Equivalent Rates for Federal Hires. Statement of Equivalent Rates for Federal Hires (May 1989). In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only. It is not a Wage Determination Employee Class=WG-2500: Wire Communications Equipment Installation and Maintenance Family. Monetary Wage and Fringe Benefits=Approx. 24.80 per hour. · FAR 52.233-4 Applicable Law for Breach of Contract Claim · FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation · FAR 52.242-15 Stop-Work Order SECTION J - LIST OF ATTACHMENTS ATTACHMENT A: Wage Determination No. 2005-2081, Revision 6 ATTACHMENT B: Davis Bacon General Decision No. CO20070002 ATTACHMENT C: 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. ATTACHMENT D: Drawings of Conference Room Areas. Download from FedBizOpps. SECTION K - Representations, Certifications, and Other Statements of Offerors Offerors must include with its offer, a completed copy of the following 52.212-3 Offeror Representations and Certifications-Commercial Items. Offeror Representations and Certifications-Commercial Items (Nov 2007) An offeror shall complete only paragraph (l) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (k) of this provision. (a) Definitions. As used in this provision- "Emerging small business" means a small business concern whose size is no greater than 50 percent of the numerical size standard for the NAICS code designated. "Forced or indentured child labor" means all work or service- (1) Exacted from any person under the age of 18 under the menace of any penalty for its nonperformance and for which the worker does not offer himself voluntarily; or (2) Performed by any person under the age of 18 pursuant to a contract the enforcement of which can be accomplished by process or penalties. "Manufactured end product" means any end product in Federal Supply Classes (FSC) 1000-9999, except- (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. "Place of manufacture" means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. "Service-disabled veteran-owned small business concern"- (1) Means a small business concern- (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). "Small business concern" means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and size standards in this solicitation. "Veteran-owned small business concern" means a small business concern- (1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. "Women-owned business concern" means a concern which is at least 51 percent owned by one or more women; or in the case of any publicly owned business, at least 51 percent of its stock is owned by one or more women; and whose management and daily business operations are controlled by one or more women. "Women-owned small business concern" means a small business concern- (1) That is at least 51 percent owned by one or more women; or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and (2) Whose management and daily business operations are controlled by one or more women. (b) Taxpayer Identification Number (TIN) (26 U.S.C. 6109, 31 U.S.C. 7701). (Not applicable if the offeror is required to provide this information to a central contractor registration database to be eligible for award.) (1) All offerors must submit the information required in paragraphs (b)(3) through (b)(5) of this provision to comply with debt collection requirements of 31 U.S.C. 7701(c) and 3325(d), reporting requirements of 26 U.S.C. 6041, 6041A, and 6050M, and implementing regulations issued by the Internal Revenue Service (IRS). (2) The TIN may be used by the Government to collect and report on any delinquent amounts arising out of the offeror's relationship with the Government (31 U.S.C. 7701(c)(3)). If the resulting contract is subject to the payment reporting requirements described in FAR 4.904, the TIN provided hereunder may be matched with IRS records to verify the accuracy of the offeror's TIN. (3) Taxpayer Identification Number (TIN). o TIN: ________________________________. o TIN has been applied for. o TIN is not required because: o Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income effectively connected with the conduct of a trade or business in the United States and does not have an office or place of business or a fiscal paying agent in the United States; o Offeror is an agency or instrumentality of a foreign government; o Offeror is an agency or instrumentality of the Federal Government. (4) Type of organization. o Sole proprietorship; o Partnership; o Corporate entity (not tax-exempt); o Corporate entity (tax-exempt); o Government entity (Federal, State, or local); o Foreign government; o International organization per 26 CFR 1.6049-4; o Other ________________________________. (5) Common parent. o Offeror is not owned or controlled by a common parent; o Name and TIN of common parent: Name ________________________________. TIN _________________________________. (c) Offerors must complete the following representations when the resulting contract will be performed in the United States or its outlying areas. Check all that apply. (1) Small business concern. The offeror represents as part of its offer that it o is, o is not a small business concern. (2) Veteran-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents as part of its offer that it o is, o is not a veteran-owned small business concern. (3) Service-disabled veteran-owned small business concern. [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (c)(2) of this provision.] The offeror represents as part ofits offer that it o is, o is not a service-disabled veteran-owned small business concern. (4) Small disadvantaged business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, for general statistical purposes, that it o is, o is not a small disadvantaged business concern as defined in 13 CFR 124.1002. (5) Women-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it o is, o is not a women-owned small business concern. Note: Complete paragraphs (c)(6) and (c)(7) only if this solicitation is expected to exceed the simplified acquisition threshold. (6) Women-owned business concern (other than small business concern). [Complete only if the offeror is a women-owned business concern and did not represent itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it o is a women-owned business concern. (7) Tie bid priority for labor surplus area concerns. If this is an invitation for bid, small business offerors may identify the labor surplus areas in which costs to be incurred on account of manufacturing or production (by offeror or first-tier subcontractors) amount to more than 50 percent of the contract price:____________________________________ (8) Small Business Size for the Small Business Competitiveness Demonstration Program and for the Targeted Industry Categories under the Small Business Competitiveness Demonstration Program. [Complete only if the offeror has represented itself to be a small business concern under the size standards for this solicitation.] (i) [Complete only for solicitations indicated in an addendum as being set-aside for emerging small businesses in one of the designated industry groups (DIGs).] The offeror represents as part of its offer that it o is, o is not an emerging small business. (ii) [Complete only for solicitations indicated in an addendum as being for one of the targeted industry categories (TICs) or designated industry groups (DIGs).] Offeror represents as follows: (A) Offeror's number of employees for the past 12 months (check the Employees column if size standard stated in the solicitation is expressed in terms of number of employees); or (B) Offeror's average annual gross revenue for the last 3 fiscal years (check the Average Annual Gross Number of Revenues column if size standard stated in the solicitation is expressed in terms of annual receipts). (Check one of the following): Number of Employees Average Annual Gross Revenues __ 50 or fewer __ $1 million or less __ 51-100 __ $1,000,001-$2 million __ 101-250 __ $2,000,001-$3.5 million __ 251-500 __ $3,500,001-$5 million __ 501-750 __ $5,000,001-$10 million __ 751-1,000 __ $10,000,001-$17 million __ Over 1,000 __ Over $17 million (9) [Complete only if the solicitation contains the clause at FAR 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns, or FAR 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting, and the offeror desires a benefit based on its disadvantaged status.] (i) General. The offeror represents that either- (A) It o is, o is not certified by the Small Business Administration as a small disadvantaged business concern and identified, on the date of this representation, as a certified small disadvantaged business concern in the database maintained by the Small Business Administration (PRO-Net), and that no material change in disadvantaged ownership and control has occurred since its certification, and, where the concern is owned by one or more individuals claiming disadvantaged status, the net worth of each individual upon whom the certification is based does not exceed $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); or (B) It o has, o has not submitted a completed application to the Small Business Administration or a Private Certifier to be certified as a small disadvantaged business concern in accordance with 13 CFR 124, Subpart B, and a decision on that application is pending, and that no material change in disadvantaged ownership and control has occurred since its application was submitted. (ii) o Joint Ventures under the Price Evaluation Adjustment for Small Disadvantaged Business Concerns. The offeror represents, as part of its offer, that it is a joint venture that complies with the requirements in 13 CFR 124.1002(f) and that the representation in paragraph (c)(9)(i) of this provision is accurate for the small disadvantaged business concern that is participating in the joint venture. [The offeror shall enter the name of the small disadvantaged business concern that is participating in the joint venture: ________________.] (10) HUBZone small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, as part of its offer, that- (i) It o is, o is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material change in ownership and control, principal office, or HUBZone employee percentage has occurred since it was certified by the Small Business Administration in accordance with 13 CFR Part 126; and (ii) It o is, o is not a joint venture that complies with the requirements of 13 CFR Part 126, and the representation in paragraph (c)(10)(i) of this provision is accurate for the HUBZone small business concern or concerns that are participating in the joint venture. [The offeror shall enter the name or names of the HUBZone small business concern or concerns that are participating in the joint venture: __________.] Each HUBZone small business concern participating in the joint venture shall submit a separate signed copy of the HUBZone representation. (d) Representations required to implement provisions of Executive Order 11246- (1) Previous contracts and compliance. The offeror represents that- (i) It o has, o has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; and (ii) It o has, o has not filed all required compliance reports. (2) Affirmative Action Compliance. The offeror represents that- (i) It o has developed and has on file, o has not developed and does not have on file, at each establishment, affirmative action programs required by rules and regulations of the Secretary of Labor (41 cfr parts 60-1 and 60-2), or (ii) It o has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. (e) Certification Regarding Payments to Influence Federal Transactions (31 U.S.C. 1352). (Applies only if the contract is expected to exceed $100,000.) By submission of its offer, the offeror certifies to the best of its knowledge and belief that no Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or an employee of a Member of Congress on his or her behalf in connection with the award of any resultant contract. If any registrants under the Lobbying Disclosure Act of 1995 have made a lobbying contact on behalf of the offeror with respect to this contract, the offeror shall complete and submit, with its offer, OMB Standard Form LLL, Disclosure of Lobbying Activities, to provide the name of the registrants. The offeror need not report regularly employed officers or employees of the offeror to whom payments of reasonable compensation were made. (f) Buy American Act Certificate. (Applies only if the clause at Federal Acquisition Regulation (FAR) 52.225-1, Buy American Act-Supplies, is included in this solicitation.) (1) The offeror certifies that each end product, except those listed in paragraph (f)(2) of this provision, is a domestic end product and that the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products. The terms "component," "domestic end product," "end product," "foreign end product," and "United States" are defined in the clause of this solicitation entitled "Buy American Act-Supplies." (2) Foreign End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (3) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (g)(1) Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate. (Applies only if the clause at FAR 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(1)(ii) or (g)(1)(iii) of this provision, is a domestic end product and that the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The terms "Bahrainian or Moroccan end product," "component," "domestic end product," "end product," "foreign end product," "Free Trade Agreement country," "Free Trade Agreement country end product," "Israeli end product," and "United States" are defined in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements-Israeli Trade Act." (ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian or Moroccan end products) or Israeli end products as defined in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements-Israeli Trade Act": Free Trade Agreement Country End Products (Other than Bahrainian or Moroccan End Products) or Israeli End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (iii) The offeror shall list those supplies that are foreign end products (other than those listed in paragraph (g)(1)(ii) of this provision) as defined in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements-Israeli Trade Act." The offeror shall list as other foreign end products those end products manufactured in the United States that do not qualify as domestic end products. Other Foreign End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (iv) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (2) Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate, Alternate I. If Alternate I to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products as defined in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements-Israeli Trade Act": Canadian End Products: Line Item No. _______________________________________ _______________________________________ _______________________________________ [List as necessary] (3) Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate, Alternate II. If Alternate II to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products or Israeli end products as defined in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements-Israeli Trade Act": Canadian or Israeli End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (4) Trade Agreements Certificate. (Applies only if the clause at FAR 52.225-5, Trade Agreements, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(4)(ii) of this provision, is a U.S.-made or designated country end product, as defined in the clause of this solicitation entitled "Trade Agreements." (ii) The offeror shall list as other end products those end products that are not U.S.-made or designated country end products. Other End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (iii) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. For line items covered by the WTO GPA, the Government will evaluate offers of U.S.-made or designated country end products without regard to the restrictions of the Buy American Act. The Government will consider for award only offers of U.S.-made or designated country end products unless the Contracting Officer determines that there are no offers for such products or that the offers for such products are insufficient to fulfill the requirements of the solicitation. (h) Certification Regarding Debarment, Suspension or Ineligibility for Award (Executive Order 12689). (Applies only if the contract value is expected to exceed the simplified acquisition threshold.) The offeror certifies, to the best of its knowledge and belief, that the offeror and/or any of its principals- (1) o Are, o are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; and (2) o Have, o have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a Federal, state or local government contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, or receiving stolen property; and (3) o Are, o are not presently indicted for, or otherwise criminally or civilly charged by a Government entity with, commission of any of these offenses. (i) Certification Regarding Knowledge of Child Labor for Listed End Products (Executive Order 13126). [The Contracting Officer must list in paragraph (i)(1) any end products being acquired under this solicitation that are included in the List of Products Requiring Contractor Certification as to Forced or Indentured Child Labor, unless excluded at 22.1503(b).] (1) Listed end products. Listed End Product Listed Countries of Origin ___________________ ___________________ ___________________ ___________________ (2) Certification. [If the Contracting Officer has identified end products and countries of origin in paragraph (i)(1) of this provision, then the offeror must certify to either (i)(2)(i) or (i)(2)(ii) by checking the appropriate block.] [ ] (i) The offeror will not supply any end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. [ ] (ii) The offeror may supply an end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. The offeror certifies that it has made a good faith effort to determine whether forced or indentured child labor was used to mine, produce, or manufacture any such end product furnished under this contract. On the basis of those efforts, the offeror certifies that it is not aware of any such use of child labor. (j) Place of manufacture. (Does not apply unless the solicitation is predominantly for the acquisition of manufactured end products.) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly- (1) o In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) o Outside the United States. (k) Certificates regarding exemptions from the application of the Service Contract Act. (Certification by the offeror as to its compliance with respect to the contract also constitutes its certification as to compliance by its subcontractor if it subcontracts out the exempt services.) [The contracting officer is to check a box to indicate if paragraph (k)(1) or (k)(2) applies.] [ ] (1) Maintenance, calibration, or repair of certain equipment as described in FAR 22.1003-4(c)(1). The offeror o does o does not certify that- (i) The items of equipment to be serviced under this contract are used regularly for other than Governmental purposes and are sold or traded by the offeror in substantial quantities to the general public in the course of normal business operations; (ii) The services will be furnished at prices which are, or are based on, established catalog or market prices (see FAR 22.1003-4(c)(2)(ii)) for the maintenance, calibration, or repair of such equipment; and (iii) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract will be the same as that used for these employees and equivalent employees servicing the same equipment of commercial customers. [ ] (2) Certain services as described in FAR 22.1003-4(d)(1). The offeror o does o does not certify that- (i) The services under the contract are offered and sold regularly to non-Governmental customers, and are provided by the offeror (or subcontractor in the case of an exempt subcontract) to the general public in substantial quantities in the course of normal business operations; (ii) The contract services will be furnished at prices that are, or are based on, established catalog or market prices (see FAR 22.1003-4(d)(2)(iii)); (iii) Each service employee who will perform the services under the contract will spend only a small portion of his or her time (a monthly average of less than 20 percent of the available hours on an annualized basis, or less than 20 percent of available hours during the contract period if the contract period is less than a month) servicing the Government contract; and (iv) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract is the same as that used for these employees and equivalent employees servicing commercial customers. (3) If paragraph (k)(1) or (k)(2) of this clause applies- (i) If the offeror does not certify to the conditions in paragraph (k)(1) or (k)(2) and the Contracting Officer did not attach a Service Contract Act wage determination to the solicitation, the offeror shall notify the Contracting Officer as soon as possible; and (ii) The Contracting Officer may not make an award to the offeror if the offeror fails to execute the certification in paragraph (k)(1) or (k)(2) of this clause or to contact the Contracting Officer as required in paragraph (k)(3)(i) of this clause. (l)(1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (l)(2) of this provision do not automatically change the representations and certifications posted on the Online Representations and Certifications Application (ORCA) website. (2) The offeror has completed the annual representations and certifications electronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ______________. [Offeror to identify the applicable paragraphs at (b) through (k) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on ORCA.] (End of provision) Alternate I (Apr 2002). As prescribed in 12.301(b)(2), add the following paragraph (c)(11) to the basic provision: (11) (Complete if the offeror has represented itself as disadvantaged in paragraph (c)(4) or (c)(9) of this provision.) [The offeror shall check the category in which its ownership falls]: ____ Black American. ____ Hispanic American. ____ Native American (American Indians, Eskimos, Aleuts, or Native Hawaiians). ____ Asian-Pacific American (persons with origins from Burma, Thailand, Malaysia, Indonesia, Singapore, Brunei, Japan, China, Taiwan, Laos, Cambodia (Kampuchea), Vietnam, Korea, The Philippines, U.S. Trust Territory of the Pacific Islands (Republic of Palau), Republic of the Marshall Islands, Federated States of Micronesia, the Commonwealth of the Northern Mariana Islands, Guam, Samoa, Macao, Hong Kong, Fiji, Tonga, Kiribati, Tuvalu, or Nauru). ____ Subcontinent Asian (Asian-Indian) American (persons with origins from India, Pakistan, Bangladesh, Sri Lanka, Bhutan, the Maldives Islands, or Nepal). ____ Individual/concern, other than one of the preceding. SECTION L - INSTRUCTIONS, CONDITIONS, NOTICES TO OFFERORS AND RESPONDENTS The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition and is supplemented by the following. PROPOSAL PREPARATION INSTRUCTIONS L.1 By submission of its offer, the offeror agrees to all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. An award may be made without discussions or negotiations. L.2 Quote must include product literature stating technical features and warranty provisions, as well as pictures, for all equipment offered. L.3 Return completed solicitation to the following address or submit by fax or email: Denver Federal Center Attn: Shana Budd W. 6th Ave. & Kipling St. Building 41, Room 145 Lakewood, CO 80225 Email: shana.budd@gsa.gov Fax: 303-236-6000 Note: All documents must be compatible with MS Office Suite Software. If you have any questions, email Shana Budd, Contract Specialist, at shana.budd@gsa.gov, or call (303) 236-7374. SECTION M - EVALUATION FACTORS FOR AWARD M.1 BASIS FOR AWARD The basis of award will be a determination of best value by the contracting officer. The Government possesses the option to evaluate proposals and award a contract without discussions with offeror (except clarifications as described in FAR 15.306(a)). Therefore, the offeror's initial proposal should contain the offeror's best terms from a price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer determines them to be necessary. M.2 EVALUATION FACTORS Determination of best value will be based on trade offs between the following evaluation factors in descending order of importance: technical characteristics, price, and contractor's past performance. Award will be made to the offer that is most advantageous to the government, price and other actors considered. Offerors must possess expertise in audio visual integration services. M.3 PRICE PROPOSAL EVALUATION The Government will evaluate pricing to determine if overall prices are fair and reasonable. The contracting officer's best value award decision permits trade-offs between price and non-price factors and allows the Government to accept other than the lowest priced proposal. M.4 TECHNICAL EVALUATION The Government's technical evaluation will include, but is not limited to, the following: A.) Compliance of offered equipment with the technical requirements stated in Section C of this Request for Quote. B.) Overall understanding of requirement. M.5 PAST PERFORMANCE EVALUATION The purpose of past performance evaluation is to allow the government to assess the offeror's ability to perform the effort described in this RFQ. Offeror is to provide a list of no more than three of the most relevant projects performed for federal agencies and/or commercial customers within the last three years. Relevant projects include performance of efforts involving projects of similar scope, magnitude, and complexity as the effort described in this solicitation. Project information to include: · Company/Division name · Product/Service · Contracting Agency/Customer · Contract or Project Number · Contract or Project Dollar Value · Period of Performance · Verified, up-to-date name, address, E-mail address & telephone number of your customer's project manager (if applicable) · Paragraph summary of the project's requirement Offeror is to provide information available (letters, metrics, customer surveys, independent surveys, etc.) which demonstrates customer satisfaction with overall job performance. Include an explanation of corrective actions taken in the past, if any, for substandard performance; any performance problems such as cost overruns, extended performance periods, numerous warranty calls, etc.; and/or performance not in accordance with the project terms and conditions. Past performance will also be evaluated based on quality and timeliness of deliverables. The government will use information submitted by the offeror, the government's own experiences with your firm, other federal government offices, and commercial sources to assess performance. ATTACHMENT A WD 05-2081 (Rev.-6) was first posted on www.wdol.gov on 09/30/2008 ****************************************************************************** ****************************************************************************** REGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF LABOR THE SERVICE CONTRACT ACT | EMPLOYMENT STANDARDS ADMINISTRATION By direction of the Secretary of Labor | WAGE AND HOUR DIVISION | WASHINGTON D.C. 20210 | | | | Wage Determination No.: 2005-2081 Shirley F. Ebbesen Division of | Revision No.: 6 Director Wage Determinations| Date Of Revision: 09/19/2008 _______________________________________|_______________________________________ State: Colorado Area: Colorado Counties of Adams, Arapahoe, Boulder, Broomfield, Clear Creek, Denver, Douglas, Elbert, Gilpin, Grand, Jackson, Jefferson, Logan, Morgan, Park, Phillips, Sedgwick, Summit, Washington, Weld, Yuma _______________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing** OCCUPATION CODE - TITLE MINIMUM WAGE RATE 01000 - Administrative Support And Clerical Occupations 01011 - Accounting Clerk I 14.16 01012 - Accounting Clerk II 16.44 01013 - Accounting Clerk III 18.38 01020 - Administrative Assistant 24.16 01040 - Court Reporter 17.81 01051 - Data Entry Operator I 12.68 01052 - Data Entry Operator II 14.60 01060 - Dispatcher, Motor Vehicle 19.37 01070 - Document Preparation Clerk 12.93 01090 - Duplicating Machine Operator 12.93 01111 - General Clerk I 12.93 01112 - General Clerk II 13.79 01113 - General Clerk III 15.48 01120 - Housing Referral Assistant 21.75 01141 - Messenger Courier 10.76 01191 - Order Clerk I 14.72 01192 - Order Clerk II 15.71 01261 - Personnel Assistant (Employment) I 15.51 01262 - Personnel Assistant (Employment) II 17.50 01263 - Personnel Assistant (Employment) III 19.71 01270 - Production Control Clerk 19.78 01280 - Receptionist 12.95 01290 - Rental Clerk 15.34 01300 - Scheduler, Maintenance 16.57 01311 - Secretary I 16.57 01312 - Secretary II 19.16 01313 - Secretary III 21.75 01320 - Service Order Dispatcher 14.37 01410 - Supply Technician 24.16 01420 - Survey Worker 16.78 01531 - Travel Clerk I 12.70 01532 - Travel Clerk II 13.32 01533 - Travel Clerk III 14.25 01611 - Word Processor I 13.17 01612 - Word Processor II 15.64 01613 - Word Processor III 17.31 05000 - Automotive Service Occupations 05005 - Automobile Body Repairer, Fiberglass 26.19 05010 - Automotive Electrician 19.46 05040 - Automotive Glass Installer 18.44 05070 - Automotive Worker 18.44 05110 - Mobile Equipment Servicer 16.77 05130 - Motor Equipment Metal Mechanic 19.83 05160 - Motor Equipment Metal Worker 18.44 05190 - Motor Vehicle Mechanic 19.83 05220 - Motor Vehicle Mechanic Helper 15.63 05250 - Motor Vehicle Upholstery Worker 18.44 05280 - Motor Vehicle Wrecker 18.44 05310 - Painter, Automotive 18.75 05340 - Radiator Repair Specialist 18.44 05370 - Tire Repairer 14.98 05400 - Transmission Repair Specialist 19.83 07000 - Food Preparation And Service Occupations 07010 - Baker 14.52 07041 -Cook I 12.24 07042 - Cook II 13.47 07070 - Dishwasher 9.69 07130 - Food Service Worker 10.90 07210 - Meat Cutter 15.13 07260 - Waiter/Waitress 9.68 09000 - Furniture Maintenance And Repair Occupations 09010 - Electrostatic Spray Painter 17.33 09040 - Furniture Handler 14.45 09080 - Furniture Refinisher 17.33 09090 - Furniture Refinisher Helper 14.45 09110 - Furniture Repairer, Minor 16.45 09130 - Upholsterer 17.33 11000 - General Services And Support Occupations 11030 - Cleaner, Vehicles 11.08 11060 - Elevator Operator 11.08 11090 - Gardener 18.19 11122 - Housekeeping Aide 10.30 11150 - Janitor 12.01 11210 - Laborer, Grounds Maintenance 14.67 11240 - Maid or Houseman 9.05 11260 - Pruner 13.16 11270 - Tractor Operator 17.30 11330 - Trail Maintenance Worker 14.67 11360 - Window Cleaner 13.37 12000 - Health Occupations 12010 - Ambulance Driver 17.04 12011 - Breath Alcohol Technician 19.95 12012 - Certified Occupational Therapist Assistant 18.74 12015 - Certified Physical Therapist Assistant 17.42 12020 - Dental Assistant 18.39 12025 - Dental Hygienist 36.26 12030 - EKG Technician 21.35 12035 - Electroneurodiagnostic Technologist 21.35 12040 - Emergency Medical Technician 17.76 12071 - Licensed Practical Nurse I 17.83 12072 - Licensed Practical Nurse II 19.95 12073 - Licensed Practical Nurse III 22.13 12100 - Medical Assistant 15.94 12130 - Medical Laboratory Technician 17.47 12160 - Medical Record Clerk 15.33 12190 - Medical Record Technician 16.10 12195 - Medical Transcriptionist 17.78 12210 - Nuclear Medicine Technologist 31.70 12221 - Nursing Assistant I 11.21 12222 - Nursing Assistant II 12.82 12223 - Nursing Assistant III 14.00 12224 - Nursing Assistant IV 15.71 12235 - Optical Dispenser 19.21 12236 - Optical Technician 18.19 12250 - Pharmacy Technician 14.37 12280 - Phlebotomist 15.71 12305 - Radiologic Technologist 24.05 12311 - Registered Nurse I 29.00 12312 - Registered Nurse II 34.16 12313 - Registered Nurse II, Specialist 34.16 12314 - Registered Nurse III 43.10 12315 - Registered Nurse III, Anesthetist 43.10 12316 - Registered Nurse IV 51.68 12317 - Scheduler (Drug and Alcohol Testing) 24.59 13000 - Information And Arts Occupations 13011 - Exhibits Specialist I 17.90 13012 - Exhibits Specialist II 22.16 13013 - Exhibits Specialist III 27.12 13041 - Illustrator I 17.90 13042 - Illustrator II 22.16 13043 - Illustrator III 27.12 13047 - Librarian 27.60 13050 - Library Aide/Clerk 14.55 13054 - Library Information Technology Systems Administrator 22.39 13058 - Library Technician 16.15 13061 - Media Specialist I 17.56 13062 - Media Specialist II 19.65 13063 - Media Specialist III 21.90 13071 - Photographer I 15.98 13072 - Photographer II 17.88 13073 - Photographer III 22.14 13074 - Photographer IV 27.08 13075 - Photographer V 32.78 13110 - Video Teleconference Technician 18.26 14000 - Information Technology Occupations 14041 - Computer Operator I 16.60 14042 - Computer Operator II 18.65 14043 - Computer Operator III 21.85 14044 - Computer Operator IV 24.24 14045 - Computer Operator V 28.56 14071 - Computer Programmer I (1) 22.10 14072 - Computer Programmer II (1) 27.30 14073 - Computer Programmer III (1) 14074 - Computer Programmer IV (1) 14101 - Computer Systems Analyst I (1) 14102 - Computer Systems Analyst II (1) 14103 - Computer Systems Analyst III (1) 14150 - Peripheral Equipment Operator 16.60 14160 - Personal Computer Support Technician 24.24 15000 - Instructional Occupations 15010 - Aircrew Training Devices Instructor (Non-Rated) 32.55 15020 - Aircrew Training Devices Instructor (Rated) 39.40 15030 - Air Crew Training Devices Instructor (Pilot) 46.84 15050 - Computer Based Training Specialist / Instructor 30.38 15060 - Educational Technologist 28.35 15070 - Flight Instructor (Pilot) 46.82 15080 - Graphic Artist 20.00 15090 - Technical Instructor 20.71 15095 - Technical Instructor/Course Developer 25.35 15110 - Test Proctor 16.73 15120 - Tutor 16.73 16000 - Laundry, Dry-Cleaning, Pressing And Related Occupations 16010 - Assembler 9.84 16030 - Counter Attendant 9.84 16040 - Dry Cleaner 11.76 16070 - Finisher, Flatwork, Machine 9.84 16090 - Presser, Hand 9.84 16110 - Presser, Machine, Drycleaning 9.84 16130 - Presser, Machine, Shirts 9.84 16160 - Presser, Machine, Wearing Apparel, Laundry 9.84 16190 - Sewing Machine Operator 12.54 16220 - Tailor 14.48 16250 - Washer, Machine 10.22 19000 - Machine Tool Operation And Repair Occupations 19010 - Machine-Tool Operator (Tool Room) 18.32 19040 - Tool And Die Maker 21.57 21000 - Materials Handling And Packing Occupations 21020 - Forklift Operator 14.70 21030 - Material Coordinator 19.78 21040 - Material Expediter 19.78 21050 - Material Handling Laborer 15.51 21071 - Order Filler 12.45 21080 - Production Line Worker (Food Processing) 14.70 21110 - Shipping Packer 13.66 21130 - Shipping/Receiving Clerk 13.66 21140 - Store Worker I 11.90 21150 - Stock Clerk 15.12 21210 - Tools And Parts Attendant 16.28 21410 - Warehouse Specialist 14.70 23000 - Mechanics And Maintenance And Repair Occupations 23010 - Aerospace Structural Welder 25.21 23021 - Aircraft Mechanic I 24.01 23022 - Aircraft Mechanic II 25.21 23023 - Aircraft Mechanic III 26.46 23040 - Aircraft Mechanic Helper 18.46 23050 - Aircraft, Painter 23.52 23060 - Aircraft Servicer 21.01 23080 - Aircraft Worker 21.38 23110 - Appliance Mechanic 22.34 23120 - Bicycle Repairer 14.98 23125 - Cable Splicer 27.79 23130 - Carpenter, Maintenance 19.14 23140 - Carpet Layer 18.72 23160 - Electrician, Maintenance 23.44 23181 - Electronics Technician Maintenance I 20.78 23182 - Electronics Technician Maintenance II 22.66 23183 - Electronics Technician Maintenance III 24.05 23260 - Fabric Worker 17.45 23290 - Fire Alarm System Mechanic 21.09 23310 - Fire Extinguisher Repairer 17.63 23311 - Fuel Distribution System Mechanic 21.99 23312 - Fuel Distribution System Operator 18.95 23370 - General Maintenance Worker 18.65 23380 - Ground Support Equipment Mechanic 24.01 23381 - Ground Support Equipment Servicer 21.01 23382 - Ground Support Equipment Worker 21.38 23391 - Gunsmith I 15.89 23392 - Gunsmith II 18.40 23393 - Gunsmith III 20.88 23410 - Heating, Ventilation And Air-Conditioning Mechanic 21.65 23411 - Heating, Ventilation And Air Conditioning Mechanic (Research Facility) 22.78 23430 - Heavy Equipment Mechanic 21.01 23440 - Heavy Equipment Operator 19.85 23460 - Instrument Mechanic 25.89 23465 - Laboratory/Shelter Mechanic 19.65 23470 - Laborer 12.61 23510 - Locksmith 19.06 23530 - Machinery Maintenance Mechanic 23.43 23550 - Machinist, Maintenance 19.33 23580 - Maintenance Trades Helper 14.45 23591 - Metrology Technician I 25.89 23592 - Metrology Technician II 27.19 23593 - Metrology Technician III 28.55 23640 - Millwright 21.15 23710 - Office Appliance Repairer 20.14 23760 - Painter, Maintenance 17.55 23790 - Pipefitter, Maintenance 23.09 23810 - Plumber, Maintenance 20.59 23820 - Pneudraulic Systems Mechanic 20.88 23850 - Rigger 20.79 23870 - Scale Mechanic 18.40 23890 - Sheet-Metal Worker, Maintenance 18.23 23910 - Small Engine Mechanic 17.92 23931 - Telecommunications Mechanic I 24.46 23932 - Telecommunications Mechanic II 25.65 23950 - Telephone Lineman 22.96 23960 - Welder, Combination, Maintenance 17.99 23965 - Well Driller 20.88 23970 - Woodcraft Worker 20.88 23980 - Woodworker 16.73 24000 - Personal Needs Occupations 24570 - Child Care Attendant 10.40 24580 - Child Care Center Clerk 13.79 24610 - Chore Aide 9.19 24620 - Family Readiness And Support Services Coordinator 14.60 24630 - Homemaker 15.85 25000 - Plant And System Operations Occupations 25010 - Boiler Tender 22.60 25040 - Sewage Plant Operator 22.79 25070 - Stationary Engineer 22.60 25190 - Ventilation Equipment Tender 15.99 25210 - Water Treatment Plant Operator 22.79 27000 - Protective Service Occupations 27004 - Alarm Monitor 18.22 27007 - Baggage Inspector 11.95 27008 - Corrections Officer 21.86 27010 - Court Security Officer 24.24 27030 - Detection Dog Handler 19.38 27040 - Detention Officer 21.86 27070 - Firefighter 26.37 27101 - Guard I 11.95 27102 - Guard II 19.38 27131 - Police Officer I 28.59 27132 - Police Officer II 31.24 28000 - Recreation Occupations 28041 - Carnival Equipment Operator 11.89 28042 - Carnival Equipment Repairer 12.82 28043 - Carnival Equipment Worker 9.30 28210 - Gate Attendant/Gate Tender 13.61 28310 - Lifeguard 11.73 28350 - Park Attendant (Aide) 15.23 28510 - Recreation Aide/Health Facility Attendant 10.75 28515 - Recreation Specialist 13.45 28630 - Sports Official 12.13 28690 - Swimming Pool Operator 17.05 29000 - Stevedoring/Longshoremen Occupational Services 29010 - Blocker And Bracer 21.36 29020 - Hatch Tender 21.36 29030 - Line Handler 21.36 29041 - Stevedore I 19.92 29042 - Stevedore II 24.27 30000 - Technical Occupations 30010 - Air Traffic Control Specialist, Center (HFO) (2) 36.31 30011 - Air Traffic Control Specialist, Station (HFO) (2) 25.04 30012 - Air Traffic Control Specialist, Terminal (HFO) (2) 27.57 30021 - Archeological Technician I 19.38 30022 - Archeological Technician II 21.67 30023 - Archeological Technician III 26.86 30030 - Cartographic Technician 26.41 30040 - Civil Engineering Technician 21.45 30061 - Drafter/CAD Operator I 18.34 30062 - Drafter/CAD Operator II 20.57 30063 - Drafter/CAD Operator III 23.84 30064 - Drafter/CAD Operator IV 31.50 30081 - Engineering Technician I 16.24 30082 - Engineering Technician II 19.04 30083 - Engineering Technician III 22.73 30084 - Engineering Technician IV 26.62 30085 - Engineering Technician V 30.59 30086 - Engineering Technician VI 37.03 30090 - Environmental Technician 24.08 30210 - Laboratory Technician 19.43 30240 - Mathematical Technician 26.62 30361 - Paralegal/Legal Assistant I 18.70 30362 - Paralegal/Legal Assistant II 23.16 30363 - Paralegal/Legal Assistant III 28.33 30364 - Paralegal/Legal Assistant IV 34.28 30390 - Photo-Optics Technician 26.62 30461 - Technical Writer I 24.81 30462 - Technical Writer II 30.29 30463 - Technical Writer III 36.69 30491 - Unexploded Ordnance (UXO) Technician I 23.46 30492 - Unexploded Ordnance (UXO) Technician II 28.38 30493 - Unexploded Ordnance (UXO) Technician III 34.01 30494 - Unexploded (UXO) Safety Escort 23.46 30495 - Unexploded (UXO) Sweep Personnel 23.46 30620 - Weather Observer, Combined Upper Air Or Surface Programs (2) 23.84 30621 - Weather Observer, Senior (2) 26.41 31000 - Transportation/Mobile Equipment Operation Occupations 31020 - Bus Aide 11.27 31030 - Bus Driver 15.89 31043 - Driver Courier 14.43 31260 - Parking and Lot Attendant 9.13 31290 - Shuttle Bus Driver 15.48 31310 - Taxi Driver 11.72 31361 - Truck driver, Light 15.48 31362 - Truck driver, Medium 19.56 31363 - Truck driver, Heavy 20.37 31364 - Truck driver, Tractor-Trailer 20.37 99000 - Miscellaneous Occupations 99030 - Cashier 10.51 99050 - Desk Clerk 9.85 99095 - Embalmer 23.08 99251 - Laboratory Animal Caretaker I 10.16 99252 - Laboratory Animal Caretaker II 10.67 99310 - Mortician 21.99 99410 - Pest Controller 18.55 99510 - Photofinishing Worker 12.01 99710 - Recycling Laborer 16.57 99711 - Recycling Specialist 20.00 99730 - Refuse Collector 14.89 99810 - Sales Clerk 11.95 99820 - School Crossing Guard 12.64 99830 - Survey Party Chief 22.51 99831 - Surveying Aide 12.50 99832 - Surveying Technician 20.47 99840 - Vending Machine Attendant 14.38 99841 - Vending Machine Repairer 17.05 99842 - Vending Machine Repairer Helper 14.38 ________________________________________________________________________________ ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS: HEALTH & WELFARE: $3.24 per hour or $129.60 per week or $561.60 per month VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor; 3 weeks after 5 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) HOLIDAYS: A minimum of ten paid holidays per year, New Year's Day, Martin Luther King Jr's Birthday, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4174) THE OCCUPATIONS WHICH HAVE PARENTHESES AFTER THEM RECEIVE THE FOLLOWING BENEFITS (as numbered): 1) COMPUTER EMPLOYEES: Under the SCA at section 8(b), this wage determination does not apply to any employee who individually qualifies as a bona fide executive, administrative, or professional employee as defined in 29 C.F.R. Part 541. Because most Computer System Analysts and Computer Programmers who are compensated at a rate not less than $27.63 (or on a salary or fee basis at a rate not less than $455 per week) an hour would likely qualify as exempt computer professionals, (29 C.F.R. 541.400) wage rates may not be listed on this wage determination for all occupations within those job families. In addition, because this wage determination may not list a wage rate for some or all occupations within those job families if the survey data indicates that the prevailing wage rate for the occupation equals or exceeds $27.63 per hour conformances may be necessary for certain nonexempt employees. For example, if an individual employee is nonexempt but nevertheless performs duties within the scope of one of the Computer Systems Analyst or Computer Programmer occupations for which this wage determination does not specify an SCA wage rate, then the wage rate for that employee must be conformed in accordance with the conformance procedures described in the conformance note included on this wage determination. Additionally, because job titles vary widely and change quickly in the computer industry, job titles are not determinative of the application of the computer professional exemption. Therefore, the exemption applies only to computer employees who satisfy the compensation requirements and whose primary duty consists of: (1) The application of systems analysis techniques and procedures, including consulting with users, to determine hardware, software or system functional specifications; (2) The design, development, documentation, analysis, creation, testing or modification of computer systems or programs, including prototypes, based on and related to user or system design specifications; (3) The design, documentation, testing, creation or modification of computer programs related to machine operating systems; or (4) A combination of the aforementioned duties, the performance of which requires the same level of skills. (29 C.F.R. 541.400). 2) AIR TRAFFIC CONTROLLERS AND WEATHER OBSERVERS - NIGHT PAY & SUNDAY PAY: If you work at night as part of a regular tour of duty, you will earn a night differential and receive an additional 10% of basic pay for any hours worked between 6pm and 6am. If you are a full-time employed (40 hours a week) and Sunday is part of your regularly scheduled workweek, you are paid at your rate of basic pay plus a Sunday premium of 25% of your basic rate for each hour of Sunday work which is not overtime (i.e. occasional work on Sunday outside the normal tour of duty is considered overtime work). HAZARDOUS PAY DIFFERENTIAL: An 8 percent differential is applicable to employees employed in a position that represents a high degree of hazard when working with or in close proximity to ordinance, explosives, and incendiary materials. This includes work such as screening, blending, dying, mixing, and pressing of sensitive ordnance, explosives, and pyrotechnic compositions such as lead azide, black powder and photoflash powder. All dry-house activities involving propellants or explosives. Demilitarization, modification, renovation, demolition, and maintenance operations on sensitive ordnance, explosives and incendiary materials. All operations involving regrading and cleaning of artillery ranges. A 4 percent differential is applicable to employees employed in a position that represents a low degree of hazard when working with, or in close proximity to ordnance, (or employees possibly adjacent to) explosives and incendiary materials which involves potential injury such as laceration of hands, face, or arms of the employee engaged in the operation, irritation of the skin, minor burns and the like; minimal damage to immediate or adjacent work area or equipment being used. All operations involving, unloading, storage, and hauling of ordnance, explosive, and incendiary ordnance material other than small arms ammunition. These differentials are only applicable to work that has been specifically designated by the agency for ordnance, explosives, and incendiary material differential pay. ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of "wash and wear" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE {Standard Form 1444 (SF 1444)} Conformance Process: The contracting officer shall require that any class of service employee which is not listed herein and which is to be employed under the contract (i.e., the work to be performed is not performed by any classification listed in the wage determination), be classified by the contractor so as to provide a reasonable relationship (i.e., appropriate level of skill comparison) between such unlisted classifications and the classifications listed in the wage determination. Such conformed classes of employees shall be paid the monetary wages and furnished the fringe benefits as are determined. Such conforming process shall be initiated by the contractor prior to the performance of contract work by such unlisted class(es) of employees. The conformed classification, wage rate, and/or fringe benefits shall be retroactive to the commencement date of the contract. {See Section 4.6 (C)(vi)} When multiple wage determinations are included in a contract, a separate SF 1444 should be prepared for each wage determination to which a class(es) is to be conformed. The process for preparing a conformance request is as follows: 1) When preparing the bid, the contractor identifies the need for a conformed occupation) and computes a proposed rate). 2) After contract award, the contractor prepares a written report listing in order proposed classification title), a Federal grade equivalency (FGE) for each proposed classification), job description), and rationale for proposed wage rate), including information regarding the agreement or disagreement of the authorized representative of the employees involved, or where there is no authorized representative, the employees themselves. This report should be submitted to the contracting officer no later than 30 days after such unlisted class(es) of employees performs any contract work. 3) The contracting officer reviews the proposed action and promptly submits a report of the action, together with the agency's recommendations and pertinent information including the position of the contractor and the employees, to the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, for review. (See section 4.6(b)(2) of Regulations 29 CFR Part 4). 4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, or disapproves the action via transmittal to the agency contracting officer, or notifies the contracting officer that additional time will be required to process the request. 5) The contracting officer transmits the Wage and Hour decision to the contractor. 6) The contractor informs the affected employees. Information required by the Regulations must be submitted on SF 1444 or bond paper. When preparing a conformance request, the "Service Contract Act Directory of Occupations" (the Directory) should be used to compare job definitions to insure that duties requested are not performed by a classification already listed in the wage determination. Remember, it is not the job title, but the required tasks that determine whether a class is included in an established wage determination. Conformances may not be used to artificially split, combine, or subdivide classifications listed in the wage determination. The duties of employees under job titles listed are those described in the "Service Contract Act Directory of Occupations", Fifth Edition, April 2006, unless otherwise indicated. Copies of the Directory are available on the Internet. A links to the Directory may be found on the WHD home page at http://www.dol.gov/esa/whd/ or through the Wage Determinations On-Line (WDOL) Web site at http://wdol.gov/. ATTACHMENT B General Decision Number: CO080002 10/03/2008 CO2 Superseded General Decision Number: CO20070002 State: Colorado Construction Type: Building County: Arapahoe County in Colorado. BUILDING CONSTRUCTION PROJECTS (does not include residential construction consisting of single family homes and apartments up to and including 4 stories) Modification Number Publication Date 0 02/08/2008 1 02/15/2008 2 04/04/2008 3 05/02/2008 4 07/04/2008 5 08/15/2008 6 09/05/2008 7 10/03/2008 ASBE0028-001 01/01/2008 Rates Fringes Asbestos Workers/Insulator (Includes application of all insulating materials, protective coverings, coatings and finishings to all types of mechanical systems)....................$ 21.54 10.53 ---------------------------------------------------------------- BRCO0007-001 05/01/2008 Rates Fringes BRICKLAYER.......................$ 22.55 8.97 ---------------------------------------------------------------- CARP9901-004 05/01/2008 Rates Fringes Carpenters: Acoustical, Drywall Hanging/Framing and Metal Stud........................$ 25.75 8.49 ---------------------------------------------------------------- * ELEC0068-003 06/01/2008 Rates Fringes ELECTRICIAN (Including Low Voltage Wiring and Installation of Fire Alarms, Communications Systems and Temperature Controls).......$ 30.00 10.82 ---------------------------------------------------------------- ELEV0025-002 01/01/2008 Rates Fringes Elevator Constructor.............$ 34.71 16.285 FOOTNOTE: a. Employer contributes 8% of basic hourly rate for over 5 years' service and 6% basic hourly rate for 6 months' to 5 years' service as Vacation Pay Credit. PAID HOLIDAYS: New Year's Day; Memorial Day; Independence Day; Labor Day; Veterans Day; Thanksgiving Day; Friday after Thanksgiving Day; and Christmas Day. ---------------------------------------------------------------- IRON0024-002 04/01/2008 Rates Fringes Ironworker, reinforcing and structural.......................$ 24.00 8.66 ---------------------------------------------------------------- LABO0720-001 05/01/2003 Rates Fringes Laborers: Common and Concrete/Mason Tenders.....................$ 14.20 4.55 ---------------------------------------------------------------- PAIN0079-002 09/22/2007 Rates Fringes Drywall Finisher/Taper Hand........................$ 18.19 5.59 Tool........................$ 18.54 5.59 Painters: Brush and Roller............$ 17.49 5.59 Spray.......................$ 18.49 5.59 PAPERHANGER......................$ 18.19 5.59 ---------------------------------------------------------------- * PAIN0930-001 07/01/2008 Rates Fringes GLAZIER..........................$ 24.80 6.75 ---------------------------------------------------------------- PLAS0577-001 05/01/2007 Rates Fringes Cement Mason/Concrete Finisher...$ 23.80 8.25 ---------------------------------------------------------------- * PLUM0003-008 08/02/2008 Rates Fringes PLUMBER (Including HVAC work).......$ 35.52 10.20 ---------------------------------------------------------------- PLUM0208-007 06/01/2008 Rates Fringes PIPEFITTER (Excluding HVAC work).......$ 32.95 10.27 ---------------------------------------------------------------- SHEE0009-001 07/01/2008 Rates Fringes Sheet metal worker (Includes HVAC duct and installation of HVAC systems)....................$ 29.30 11.32 ---------------------------------------------------------------- SUCO2001-013 12/20/2001 Rates Fringes CARPENTER Formbuilding/Formsetting....$ 15.79.82 All Other Work..............$ 17.87 3.55 LABORER Brick Finisher/Tender.......$ 12.98 1.71 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ================================================================ Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). ---------------------------------------------------------------- In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. ================================================================ END OF GENERAL DECISION ATTACHMENT C 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Feb 2008) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: __ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). __ (2) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) (15 U.S.C. 657a). __ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (July 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (4) [Reserved] __ (5)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-6. __ (iii) Alternate II (Mar 2004) of 52.219-6. __ (6)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. __ (7) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). __ (8)(i) 52.219-9, Small Business Subcontracting Plan (Nov 2007) (15 U.S.C. 637(d)(4). __ (ii) Alternate I (Oct 2001) of 52.219-9. __ (iii) Alternate II (Oct 2001) of 52.219-9. __ (9) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). __ (10) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). __ (11)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Sept 2005) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). __ (ii) Alternate I (June 2003) of 52.219-23. __ (12) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Oct 1999) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (13) 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (14) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) (15 U.S.C. 657 f). _X_ (15) 52.219-28, Post Award Small Business Program Rerepresentation (June 2007) (15 U.S.C. 632(a)(2)). _X_ (16) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ (17) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126). _X_ (18) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (19) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). __ (20) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). _X_ (21) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). __ (22) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). __ (23) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). _X_ (24)(i) 52.222-50, Combating Trafficking in Persons (Aug 2007) (Applies to all contracts). __ (ii) Alternate I (Aug 2007) of 52.222-50. __ (25)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Aug 2000) (42 U.S.C. 6962(c)(3)(A)(ii)). __ (ii) Alternate I (Aug 2000) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). _X_ (26) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). __ (27)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007) (E.O. 13423). __ (ii) Alternate I (Dec 2007) of 52.223-16. __ (28) 52.225-1, Buy American Act-Supplies (June 2003) (41 U.S.C. 10a-10d). __ (29)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Aug 2007) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L 108-77, 108-78, 108-286, 109-53 and 109-169). __ (ii) Alternate I (Jan 2004) of 52.225-3. __ (iii) Alternate II (Jan 2004) of 52.225-3. __ (30) 52.225-5, Trade Agreements (Nov 2007) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). _X_ (31) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __ (32) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). __ (33) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). __ (34) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (35) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). _X_ (36) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). __ (37) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). __ (38) 52.232-36, Payment by Third Party (May 1999) (31 U.S.C. 3332). __ (39) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (40)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). __ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] _X_ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). _X_ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Nov 2006) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Feb 2002) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). __ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). __ (7) 52.237-11, Accepting and Dispensing of $1 Coin (Aug 2007) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (v) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (vii) 52.222-50, Combating Trafficking in Persons (Aug 2007) (22 U.S.C. 7104(g)). Flow down required in accordance with paragraph (f) of FAR clause 52.222-50. (viii) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (x) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) ATTACHMENT D Drawings of Conference Room Areas must be downloaded from FebBizOpps.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=90b5add4123f09afa716186b70e1e124&tab=core&_cview=1)
 
Document(s)
Attachment D, Drawings
 
File Name: Attachment D, Drawings (Attachment D, Drawings.pdf)
Link: https://www.fbo.gov//utils/view?id=3749be0da4b448463e2e16c9b8070bb1
Bytes: 316.65 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 12474 East Weaver Place, Centennial, Colorado, 80111, United States
Zip Code: 80111
 
Record
SN01694737-W 20081024/081022214432-90b5add4123f09afa716186b70e1e124 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.